URANIUM CORPORATION OF INDIA LIMITED (A GOVT. … No.BIJTA E OVERHEAD 2014.pdf · URANIUM...

49
N.I.T NO.-BJTA-E-OVERHEAD 2014 Page 1 of 49 URANIUM CORPORATION OF INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) (CIN : U 12000 JH 1967 GOI 000806) AN ISO 9002 COMPANY JADUGUDA MINES EAST SINGHBHUM JHARKHAND – 832102 TENDER DOCUMENT OF N.I.T. NO.– BJTA – E – OVERHEAD 2014 MAINTENANCE OF 33 KV OVERHEAD LINE AND OPERATION AND MAINTENANCE OF MAIN RECEIVING STATION AT BAGJATA MINES

Transcript of URANIUM CORPORATION OF INDIA LIMITED (A GOVT. … No.BIJTA E OVERHEAD 2014.pdf · URANIUM...

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 1 of 49

URANIUM CORPORATION OF INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE)

(CIN : U 12000 JH 1967 GOI 000806) AN ISO 9002 COMPANY

JADUGUDA MINES EAST SINGHBHUM

JHARKHAND – 832102

TENDER DOCUMENT OF

N.I.T. NO.– BJTA – E – OVERHEAD 2014

MAINTENANCE OF 33 KV OVERHEAD LINE AND

OPERATION AND MAINTENANCE OF MAIN RECEIVING STATION

AT BAGJATA MINES

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 2 of 49

INDEX

SECTION - I Notice Inviting Tender SECTION - II Detailed Notice Inviting Tender SECTION - III Form Of Tender SECTION - IV Articles Of Agreement SECTION - V General Information And Guidance For Contractor SECTION - VI Technical Specifications SECTION - VII Special Conditions SECTION - VIII Schedule ‘A’ – Free Issue Items SECTION - IX Contractor’s Scope SECTION - X Safety Of Contractor’s Employee

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 3 of 49

SECTION – I

NOTICE INVITING TENDER

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 4 of 49

URANIUM CORPORATION OF INDIA LTD. Phone No : 0657-2730122/ 2730222 ( A Govt. of India Enterprise) Fax No. : 0657-2730322 P.O. : Jaduguda Mines, Dt. : E. Singhbhum, Jharkhand, PIN : 832102 Date : 30.09.2014

N.I.T. NO : BJTA-E-OVERHEAD 2014 Sealed tenders in prescribed form are invited by the Chairman & Managing Director, Uranium Corporation of India Limited, Jaduguda bonafied, reliable, experienced and resourceful contractors for execution of the following work : Name of work Maintenance of 33 KV overhead line & operation

and maintenance of main receiving station at Bagjata Mines

Estimated Value of work Rs.1422469.00 Period of contract Twelve months

Cost of tender document Rs. 500.00 EMD to be deposited with tender Rs. 28449.00 Last Date for submission of tender document 23.10.2014 up to 3.00 p.m. Date and time of opening of tender 23.10.2014 at 3.30 p.m.

This N.I.T and Tender document shall be downloaded from our website: www.ucil.gov.in. The down loaded Tender Document shall be accepted and the cost of Tender Document shall be paid by the tenderers in form of demand draft drawn on S.B.I, Jaduguda, in favour of Uranium Corporation Of India Limited, Jaduguda, payable at State Bank of India, Jaduguda.

The intending tenderer shall have to produce documentary evidence to prove their past experience, capabilities, proven track record and financial resources with offices in Musabani / Bagjata area to do such type of works. Tender form submission without compliance of the above will not be accepted.The party must have Service Tax Account Number. The same draft shall be submitted along with the Tender. Fax or e-mail tenders will not be entertained. Tender received without EMD will be summarily rejected. Conditional tender may disqualify so tenderers are advised to quote price as per NIT NO.: BJTA-E-OVERHEAD 2014 conditions only. Sealed Tenders will be received at the office of D. G.M.( Pers. ), IRs Jaduguda till stipulated date and time and will be opened on that mentioned date at 3.30 p.m at Jaduguda by Chairman and Managing Director or his representative in presence of tenderers who may like to be present. The successful tenderer shall have complied with provision of contract Labour (Regulation & Abolition) Act. 1970 and rule appended there under if applicable to him. The Corporation reserves the right to accept or reject or cancel any or all tender either in full or part thereof or to split-up the work, if necessary without assigning any reasons whatsoever.

For Chairman & Managing Director Uranium Corporation of India Limited.

Distribution : G.M.( Mines),/ D.G.M.( Pers.)-IRs / Company Secretary / Mine Manager (Bagjata) / T.O.(Bagjata) / T.O.(Mines) / T.O.(Mill) / New A .D .Building / Old A.D. Building / Site Office(Mill ) / Estate Office (Jad) / T.O. ( Bhatin) / T.O. ( Narwapahar) / T.O. ( Turamdih) / T.O. (Mohuldih)

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 5 of 49

URANIUM CORPORATION OF INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE)

JADUGUDA MINES P.O. – JADUGUDA MINES

DIST. – SINGHBHUM EAST JHARKHAND – 832102

N.I.T. No. – BJTA-E-OVERHEAD 2014

ITEM RATE TENDER

FOR MAINTENANCE OF 33 KV OVERHEAD LINE &

OPERATION AND MAINTENANCE OF MAIN RECEIVING STATION AT

BAGJATA MINES

1. To be deposited in the tender box at the office of Manager (Pers.), Jaduguda by 15.00 hours on 23.10.2014.

2. Tender will be opened in the presence of Tenderers who may like to be present at 15.30 hours on 23.10.2014

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 6 of 49

SECTION – II

DETAILED NOTICE INVITING TENDER

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 7 of 49

URANIUM CORPORATION OF INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE)

P.O. – JADUGUDA MINES DIST. – SINGHBHUM EAST

JHARKHAND – 832102

DETAILED NOTICE INVITING TENDER

1. Sealed item rate contract tenders are invited on behalf of the Chairman & Managing Director, Uranium Corporation of India Limited, Jaduguda for the Maintenance of 33KV overhead lines between Mosaboni Sub-station of JSEB and Bagjata Mines and Operation and Maintenance of 33000/433 volts and 33KV/3.3KV Main Receiving Station at Bagjata Mines and maintenance of JSEB sub-station at Musaboni. Note : There are two 33 KV overhead lines between Mosabani Sub-station of JSEB and Bagjata Mines.

2. The tender shall be in prescribed Form and it shall be valid for a minimum of six months from the date of opening of tender. Should the tenderer modify or withdraw his tender within the said period of three months from the date of opening the tender, Earnest Money deposited by the tenderer shall be forfeited.

3. The works are required to be carried out as given in the Special conditions of Contract from the seventh day after the date on which the Engineer-in-charge issues written orders to commence the work or from the date of handing over of the site, whichever is later, in accordance with the phasing, if any indicated by the Corporation in the tender documents.

4. Normally contractors whose names are borne on the approval list of contractor of C.P.W.D/M.E.S. or Local reputed/experienced contractors will be permitted to tender. Not more than one tender shall be submitted by a firm of Contractors.

5. Ch.Supdt.Elect.(Jaduguda Mines) shall be the Accepting Officer herein after referred to as such for the purpose of this contract.

6. Application for issue of tender documents shall be submitted to DGM (P&IR), Jaduguda so as to reach his office not later than 23.10.2014 up to 03.00 PM.

7. A tenderer shall produce an Income Tax Clearance Certificate before tender documents can be issued / sold to him.

8. Tender documents consisting of drawing, specification, schedule of quantities of the various classes of work to be done, the conditions of contract and other necessary documents will be open for inspection and issued / sold on payment of Rs. 500/- from 30.09.2014 to 23.10.2014 up to 12.00 noon.

9. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of considerations and rates at which stores, tools and plants, etc. will be issued to him by the corporation and local conditions and other factors bearing on the execution of the work.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 8 of 49

10. A tenderer should quote in figures as well a sin words rate (rates) tenderer. The amount for

each item should be worked out and the requisite totals given. Special carfe shall be taken to write rates in figures as well as words, and the amounts in figures only in such a way that interpolation is not possible. The total amount shall be written both in figures and in words. In case of words ‘Paisa’ after the decimal figures, e.g. Rs.2.15p and in case of work the words ‘Rupees’ should precede and the words ‘Paisa’ should be written at the end unless the rate is in whole rupees and followed by words ‘only’ it should invariably be up to place of decimal.

11. All rates shall be quoted on the tender form in triplicate.

12. In the case of item rate tender, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected.

13. The tender for the works shall not be witnesses by a contractor or contractors who himself/themselves has/have tendered for the same works. Failure to observe this condition shall render the tender of the contractor tendering as well as of those witnessing the tender liable to rejection.

14. Tenders shall be received by DGM (P&IR) up to 3.00 PM on the 23.10.2014 and shall be opened at 3.30 PM on same date in the presence of tenderers who may be present.

15. The tender shall be accompanied by Earnest Money of Rs. 28449/- (Rs.Twenty Eight thousand and four hundred fourty nine only) in the form of DD/TDR/FDR/DAC in favour of Uranium Corporation of India Limited, Jaduguda payable at State Bank of India, Jaduguda.

16. The Uranium Corporation of India Limited , Jaduguda is connected by both rail and road links and situated on the Howrah – Mumbai line of S.E. Railway at a distance of 232KM, from Howrah and 27 KM from Tatanagar. The name of the railway station is Rakha Mines. Jaduguda is at a distance of about 35 KM from Tata by road on Tata – Musaboni road, the main plant is located at about 5 KM from Rakha Mines Railway station.

17. Uranium Corporation of India Limited, Jaduguda will return the Earnest Money without any interest to unsuccessful tenderer on production by the tenderer of a certificate of Supdt.Elect.(Jaduguda Mines). A tenderer shall submit the tender which sastisfied each and every condition laid down in this notice, failing which, the tender will be liable to be rejected.

18. The corporation does not bind themselves to accept the lowest or to give any reasons for their decision.

19. The corporation reserve to themselves the right of accepting the whole nor any part of the tender and tenderer shall be bound to perform the same at quoted rates.

20. Sales tax or any other tax on materials in respect of this contract shall be payable by the

contractor and the corporation will not entertain any claim whatsoever in this respect.

21. This notice of tender shall form part of the contract documents.

For Chairman & Managing Director Uranium Corporation Of India Limited.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 9 of 49

SECTION – III

FORMS OF TENDER

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 10 of 49

FORM OF TENDER To The Supdt.Electrical (Jaduguda Mines) , M/s. Uranium Corporation of India Limited, P.O. Jaduguda Mines, Dist. Singhbhum (East), Jharkhand – 832102

Dear Sir, I/We, the undersigned hereby submit, the tender document for the work as above and hereby undertake to execute the complete works as set forth in the Scope of the Work, Technical Specifications, Special Conditions of contract, General Conditions of Contract or in default thereof to forfeit any, pay to Uranium Corporation of India Limited, the sum of money mentioned in the relevant Tender Documents. I/We agreed to abide by this tender for the period of ___________________months from the date fixed for the opening of the same and in default agree that the amount of Earnest Money along with this Tender may be forfeited. I/We undertake to complete the whole works covered under this tender within a period of _____________________ months from the date of Letter of Acceptance. I/We have deposited the earnest money a sum of Rs. __________________________ in shape of _____________________________ which amount is not to bear any interest and I/We do hereby agree that this sum shall be forfeited by Uranium Corporation of India Limited in the event of accepting my/our tender I/We fail to execute the Contract when called upon to do so. If this tender is accepted, I/we shall deposit the sum to constitute the Security Deposit required by the relevant terms of the contract. I/We also undertake, as required to enter into a Contract with Uranium Corporation of India Limited by executing an Agreement in the prescribed Contract Agreement Form enclosed along with this Tender Document and till such time the Agreement be not executed, we shall be bound by the terms and conditions of the Tender Document and subsequent letter, minutes of discussions and letter of acceptance. (Signature of Tenderer with seal) Name : Address of the Firm :

Dated :

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 11 of 49

SECTION – IV

ARTICLES OF AGREEMENT

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 12 of 49

ARTICLES OF AGREEMENT

Articles of Agreement made and entered into this __________________________________ day of _______________________________2014 between

______________________________________________________________________________ (hereinafter referred to as the Corporation which expression shall include its successors and assigns) of the one part and Messrs.

___________________________________________________________ (hereinafter referred to as Contractor which expression shall include its successors and assigns of the other part Whereas the Corporation is desirous that certain works should be constructed viz. ___________________________________________________________________________________________________________________________________ and has accepted a tender by the Contractor for the construction completion and maintenance of such works NOW THIS AGREEMENT WITNESSETH as follows :

1. In this agreement works and expression shall have the same meanings as are respectively assigned to them in the General Conditions and Special Conditions of Contract hereinafter referred to.

2. The following documents shall be deemed to form and be read and constructed as part of this agreement, viz:

a. Tender Notice No. _________________________ dated _____________. b. The Drawings c. The Tender d. The General Conditions of Contract. e. The Specifications. f. The Special Conditions. g. The Schedule of Quantities. h. Design date and Technical Specifications (if any) i. General Information and Guidance for Tenderers. j. Any other document specifically mentioned herein as forming a npart of the

Agreement.

3. In consideration of the Payments to be made by the Corporation to the contractor as hereinafter mentioned, the contractor hereby covenants with the corporation to construct, complete and maintain the works is conformity in all respects with the provisions of the contract.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 13 of 49

4. The Corporation hereby covenants to pay to the contractor in consideration of the construction completion and maintenance of the works the contract price at the times and in the manner, prescribed by the Contract.

5. The several parts of this contract have been read to us and fully understood by us.

AS WITNESS OUR hand this ________________________________ day of ______________________ 201__________ signed by the said.

__________________________________________________ Uranium Corporation Of India Limited ___________________________ ___________________________ In the presence of Signed by the said Contractor ________________________________ In the presence of

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 14 of 49

SECTION –V

GENERAL INFORMATION AND GUIDANCE FOR CONTRACTOR

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 15 of 49

GENERAL INFORMATION AND GUIDANCE FOR CONTRACTOR

The information given below is only for the Tenderer’s general guidance and shall not relieve him of the responsibility for fully detailed first hand site investigations of his own before tendering: 1. Rates : The tenderers are required to quote the rates against all items of the schedule of quantities

in words and figures clearly in duplicate (2nd & 3rd copies shall necessarily be Xerox/carbon copy of the original) failure in this respect is liable to render the tender incomplete.

2. The Tenderer shall submit along with the tender a list of construction equipment and machinery in

their possession and which they shall bring at site for these construction site. 3. If any clarifications regarding specifications, conditions of contract etc. or schedule of quantities is

required, the same can be obtained by the Tenderer from the Uranium Corporation Of India Limited.

4. In the event of the tender being submitted by a firm (Partnership) it must be signed separately by

each member thereof, or in the event of the absence of any partner it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the India Partnership Act.

5. Receipts for payments on account of a work when executed by a firm (Partnership) must also be

signed by the several partners except where the contractors are described in their tender as a firm in which case the receipts musty be signed in the name of the firm by one of the partners, or by some other persons having authority to give effectual receipts for the firm.

6. Any person who submits a tender shall fill up the usual prescribed form stating at what rate he is

willing to undertake each item of the work. The quantities shown therein are approximate only, being given as an indication of the scope of the work to enable the Tenderer to tender for the different portions of the work in accordance wi9th his estimate of their cost, so that in the event of any increase or decrease in the quantity of any item of the work the actual quantities executed may be paid for at the rate stated for the particular item of work subject only to any adjustments that may be provided for in the General Conditions. It is to be clearly understood that n o work will be paid for under more then one item or than once under any item.

7. The tenderer is required to deposit as Earnest Money Rs. 28449/- (Rs.Twenty Eight thousand and

four hundred fourty nine only) in any of the following forms and attach the official receipt thereof failing which the tenderer shall not be considered. No interest shall be allowed on the earnest money deposited.

a) DD/FDR/TDR/DAC in fovour of the Uranium Corporation of India Limited Payable at State

Bank of India, Jaduguda/Hartopa. The earnest money will be refunded to the unsuccessful tenderers within a reasonable time without any interest. The Earnest money deposited by the successful tenderer will be retained till the deposit of the Security amount, but shall be forfeited if the contractor fails to deposit the requisite security amount, execute the agreementor start the work within reasonable time (to be determined by the Corporation after written acceptance of his tenderer).

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 16 of 49

8. Security Deposit :

The amount of Security Deposit including the amount of EMD money shall be 10% of the value of the order. Upon acceptance of the tender, the successful tenderer, shall within ten days of the written acceptance of his tender,deposit with the Corporation an amount to make the security Deposit 5% (five percent) of the value of the work order. Such sum shall be deposited by the contractor in any forms stipulated in clause-7 above.

In addition to the above, further amounts to extent of 5% of the cost of the work will be

deducted from the running bills by way of percentage deductions, such percentage deduction shall be 10% of the running monthly bills till the full amount of security deposit is retained by the corporation.

9. If after the tender has been accepted, the tenderer fails to pay the security deposit as Specified

above, after written notice to him of such acceptance, the sum deposited by him as Earnest Money may be forfeited. The tenderer shall not be allowed to increase, amend or withdraw his tender within six months (the validity period of the offer) from the date of opening of the tender and if he does so the Earnest Money may be forfeited.

10. The officer inviting tenders shall have the right to reject all or any of the tenders, and will not be

bound to accept the lowest. 11. The memorandum, the form of tender and the schedule of materials to be supplied by the

corporation and their issue rates should be filled and completed in the office of the Corporation before the tender form is issued. If a form is issued to an intending tenderer without having been so filled in, and complete ha shall request corporation to have this done before he complete and delivers his tender.

12. The tenderer shall furnish satisfactory evidence that he has a true appreciation of the scope of the

work, the ability and experience to perform the various clauses of work involved, and that he has sufficient capital and plant to enable him to prosecute to same successfully and to complete it in the time named in the contract. In compliance with this, the tenderer shall along with tender furnish a list of major works executed by him during three previous years, the Bank with which he has dealings, the Bankers certificate a copy of the profit and loss account and balance sheet for the year proceeding the year in which the tender shall be submitted and income tax and sales tax clearance certificate, for the latest year.

13. Each of the tender document is required to be signed by the person or persons submitting the

tender in his/their hand writing in token of his/their having acquainted himself/themselves with the General Conditions of Contract, General Specification, Special Conditions etc. as laid down. Any tender with any of the documents not so signed will be liable to rejection.

14. The tender form must be filled in English and all entries must be made by handwritten in ink. All the

rate must be filled both in words and figures. If any of the documents is missing or unsigned, the tender will be considered invalid. All erasures and alterations made while filling the tender must be attested by dated initials of the tenderer. Over writing of figures is not permitted to comply with any of these conditions after the opening of the tender will be entertained.

15. Item rates should be submitted in triplicate, for this purpose no extra copies of schedule of quantities are enclosed.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 17 of 49

16. All pages of the tenderers offer,drawing and other accompanying documents shall be signed with company seal at the lower right corner in ink only and signed where required by the tenderer or any person holding power of attorney authorizing his sign on behalf of tenderer before submission of tenderer. All signature shall be dated as token of acceptance of the tenderer document. 17. Commencement of work :- Work will commence within 2 (two) weeks from the date of issue of work order. Contractor will report to the Engineer Incharge, UCIL immediately on receipt of work order for further instructions for carrying out the job. A letter duly signed under contractor’s official seal as a token of acceptance of all terms & conditions of work order must reach in the office within 2 (two) days of receipt of the order. Contractor shall submit work commencement letter in duplicate to the Engineer Incharge -UCIL within 2 (two) days of start of work at site as statutory requirement for onward transmission to the competent authority, Govt. of India, Ministry of Labour, Jharkhand. The work order no. & date as well as name of work must be quoted in all correspondences.

18. Completion period of contract :-

Period of contract will be applicable as mentioned in the N.I.T. / Enquiry Letter, special conditions of contract, scope of work, etc. of contract document (Date of commencement will be reckoned from the date of start of work at site).

19. Payment :-

Bill (s) will be paid as mentioned in clause “Payment Terms” of the special conditions of contract, scope of work etc. of contract document. Payment will be released after satisfactory completion of the work in all respect and certification by the Engineer Incharge, UCIL within 30 days of submission of clear bill(s) in 4 (Four) copies in tenderer’s letter head. Contractor shall also mention work order no., date as well as name of work and actual date of commencement of work in their every bill (s). Final bill will be released only after submission of Labour Report / Annual Return ( in prescribed format ) (in the month of January & after completion of whole work) and work completion letter in duplicate by the contractor.

20. Insurance :-

The contractor shall ensure & maintain insurance against his liability for accident or injury t workmen or machineries used for the work and shall submit 2 (two) copies of the policy & receipt (s) of premiums paid or satisfactory evidence of insurance coverage at their own cost valid for whole contract period at a time for all the persons to be engaged to the Engineer Incharge,UCIL before the commencement of work. Contractor shall also submit the proof of renewal of the same policy at least 2 (two) days before the expiry date of the previous policy to the Engineer Incharge, UCIL. The contractor will not be allowed to carry out any activity without necessary insurance coverage (mentioning working height depend upon the job requirements and as per insurance rules) of their persons. Insurance policy shall also indemnify UCIL against any claim raised by the injured / affected workmen or his family. 22.Safety Rules & Regulations for contractor’s employees :- UCIL’s Safety Rules & Regulations for contractor’s employees as given in the Annexure-B will be complied strictly during the execution of various works at site. Contractor has to follow the Safety Rules & Regulations as per Indian Electricity Rules to do the electrical works.UCIL shall not provide any safety appliances and tools & tackles under any circumstances. Contractor shall ensure the use of safety appliances during the work at site. Contractor will take full safety measures and arrange the

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 18 of 49

necessary safety gadgets / appliances, tools & tackles, helmet (Yellow colour), gumboot, safety belt, shockproof shoe, safety suit / uniform, goggles, gloves, apron, safety net, nose guard, ladders, trolley, wheel borrow etc. at their own expense approved by the Safety Officer (Mines), UCIL so as to ensure that no damage, loss or injury to corporation’s personnel, contractors’ personnel, third party or equipment are caused due to the work being carried out by contractor. Contractor must report in writing (duplicate) to the Engineer-Incharge or Safety Officer (Mines)-UCIL immediately on becoming aware of any accident at their site. Safety Officer(Mines) will be the competent authority to stop the work or remove the persons from job, if contractor fails to provide personal protective equipments before the commencement of work at their own cost during work execution period.

22.safty Rules & Regulations and Entry Passes :-

Contractor shall strictly abide by the prevailing security rules and regulations and also to b enforced by UCIL time to time. Entry to the works premises is strictly restricted and only bonafide pass (permission) holders are allowed. The contractor will have to submit the details of the persons to be employed for this work within two days of award of work. The contractor will be allowed to start the work only after submission of the details in prescribed verification forms (in duplicate) along with passport size photographs for each labourer separately to the Competent Authority, UCIL. Contractor will make necessary Entry Passes from concerned officials of CISF Unit, UCIL sufficiently in advance.

23.Tax & Duties :-

The quoted rate(s) should be inclusive of all taxes, duties, insurance charges and personnel protective equipments charges but excluding service tax, if applicable which has been discussed in the Special Conditions. And imposition of any new taxes / duties by the State Govt. or Central Govt. during the contract execution period will also be paid by the contractor. Hence, no other taxes, duties and royalty, etc. would be paid extra. Offers with price variation clause will be out rightly rejected.

24.Price Escalation :-

No escalation on any account shall be payable and price quoted shall be firm till completion of the work under this contract.

25.Labour Acts & Rules :- The contractor shall ( in respect of labourers employed by him) strictly comply with provisions of the following Act & Rules made thereunder in regard to all matters provided therein or any modifications thereof or any other law relating thereto from time to time.

i) Workmen Compensation Act-1923, ii) Payment of wages Act-1936 iii) Employees Liability Act,1938 iv) Industrial Dispute Act,1947 v) Minimum Wages Act,1948 vi) Employees State Insurance Act,1948 vii) Mines Act, 1952 viii) EPF & MP Act, 1952 ix) Maternity Benefit Act,1961 x) Contract Labour (Regulations & Abolition) Act, 1970 xi) Inter - State Migrant Workmen (Regulation of Employment and Conditions of Service) Act,

1979

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 19 of 49

26. Validity :-

The offer should remain valid for a minimum period of 06 (three) months from the date of opening of the final price part. The Tenderers shall not be allowed to increase, amend or withdraw his tender within this period and if he does so the earnest money deposit and security deposit may be forfeited.

27. Muster Roll :-

The contractor has to submit a copy of the muster roll every week to the Engineer Incharge / Site Incharge , UCIL after making minimum rate of wages payable to different categories of workmen covered under Minimum Wages Act,1948 in presence of the representative of UCIL & contractor will also make arrears payment if any, under intimation to the Engineer Incharge-UCIL.

28. Contract Agreement :-

Contract Agreement should be executed in prescribed format on a non-judicial stamped paper within 2 (two) weeks from the date of issue of work order / L.O.I. However, no payment will be made without execution of contract agreement.

29. Training , etc. :-

Contractor shall have to bring all their labourers for necessary training & guidance in Mines Training Centre at their own cost before actual commencement of the work. The work shall be carried out with the help of experienced / skilled persons or ITI with NCVT certificate holders or equivalent, etc. And Supervisor having Supervisory Certificate of Competency is to be engaged for supervision or as per direction of the Engineer-In-charge. Persons holding H.T. Licence of relevant section as per I.S. will be allowed to do the job of electrical works. Contractor shall have to submit a letter of authorisation (in duplicate) in favour of his experience / qualified and responsible representative as “Site Supervisor” to look after the work site and receive official letters and instructions or to issue / receive materials from stores in absence of main contractor at site.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 20 of 49

SECTION –VI

TECHNICAL SPECIFICATION

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 21 of 49

Technical Specifiaction

1.00.0 Scope of Work. 1.01.0 Scope of Supply.

1.01.01 The work involves timely procurement and transportation to site, of all items as

mentioned in Schedule – ‘B’ in properly packed condition. The items which are not specifically mentioned in Schedule – ‘B’ but require to complete the job, shall be deemed to have been included in Schedule – ‘B’ and to be supplied by the bidder.

2.00.00 Scope of Services.

2.01.01.1 Furnishing of all labour, skilled and unskilled, supervisory personnel, erection tools and tackles, testing equipment, implements, supplies consumables and hardware and transport for timely and efficient execution of the contract work.

- There are certain items which will be supplied by UCIL on free of cost basis. Those items are specified in Schedule – ‘A’. Transportation of such free issue items from Jaduguda to site lies within the scope of the contractor. The cost of receiving, loading, transportation, insurance, unloading, storage & handling of such items may be included against the jobs mentioned in Schedule – ‘B’.

2.01.01.2 The item of work to be performed on all equipment and materials shall include but not

be limited to the following :- a. Receiving, unloading and transportation at site. b. Opening, inspecting and reporting all damages & short supply items. c. Arranging to repair and/or re-order all damaged or short supply items. d. Storing at site with suitable weather protection. e. Complete assembly, erection and connection. f. Final check up, testing and commissioning after rectification of faults. g. Obtaining Engineers approval and owners written acceptance of satisfactory

performance.

2.01.01.3 Field modifications carried out shall be marked up in red on one (1) set of erection drawings and submitted to the owner for preparation of As Built Drawings.

3.00.00 Exclusion from scope of works. 3.01.00 Supply of the following materials : a.As specified in schedule ‘A’.

4.00.00 General Requirements.

4.01.00 Codes and Standards. 4.01.01 All equipments and materials shall be designed, manufactured and tested in

accordance with latest applicable Indian Standards (IS) except where modified and/or supplemented by this specification.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 22 of 49

4.01.02 All electrical installation shall meet the requirements of Indian Electricity Rules as amended up to date and relevant IS codes of practice in addition, other rules or regulations applicable to the work shall be followed. In case of any other discrepancy, the more restrictive rule shall be binding.

4.02.01 Schedule of Items. 4.02.01 The quantities shown on the schedule of items are tentative for bidding purpose only.

Any variation arising during detailed engineering state will be taken into account for adjustment of contract price based on unit rates quoted in the bid.

4.03.00 Completeness of supply. 4.03.01 Any material or accessory which may not have been specially mentioned but

which is necessary or usual for satisfactory and trouble free operation and maintenance of the equipment shall be furnished without any extra charge.

4.04.00 Deviation. 4.04.01 Should the bidder wish to deviate from this specification in any way, he shall

draw specific attention to such deviation before executing the work. 4.05.00 Record of past experience. 4.05.01 Necessary information about the financial and technical resources, organization and

experience to undertake the supply and installation of such system/equipment shall be supplied by the bidder as an evidence his capability for satisfaction of the owner.

4.05.02 The bidder shall submit along with his bid a list of major contracts of supply and

erection of similar system equipment already executed or under execution giving detailed particulars such as equipment rating, contract value, name of the owner, year of commissioning etc.

4.06.00 Site Condition. 4.06.01 The work specified herein will be carried out at UCIl, Bagjata Mines. In case of

breakdown in overhead line, or any rectification work to be carried out in overhead line, the work will be carried out along the overhead line from Musaboni sub – station to MRS situated at Bagjata Mines.

4.06.02 The job site is situated at Bagjata in District Singhbhum East at a distance of

about 11 KM from Mosabani. 4.06.03 Equipment shall be packaged for transportation so as to meet the space and

weight limitation of transport facilities. 4.06.04 For the purpose of equipment design, the following data shall be taken into

consideration:

a. Average grade 120 M above sea level b. Ambient air temperature 50ºC

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 23 of 49

c. Relative humidity 100% maximum d. Wind pressure Kg/m2 e. Iseceraunic level ………………………. f. Seismic zone 11 as per IS : 1893

5.00.00 Specific Requirements (Supply). 5.01.0 Equipment & Materials. 5.01.01 Equipment & Materials, which will be issued to the contractor free of cost from

UCIL’s Jaduguda Stores / Bagjata Mines, are listed in Schedule – ‘A’.

5.01.02 No item except mentioned in Schedule – ‘A’ will be supplied by UCIL.

5.01.03 Equipments & materials, which will have to be supplied by the contractor mentioned in

schedule – ‘B’.

5.02.00 Hardware. 5.02.01 All nuts and bolts, washers shall be galvanized only. 6.00.00 Specific requirements – Erection. 6.01.00 Responsibility of erection. 6.01.01 The contractor shall be fully and finally responsible for the proper erection, safe and

satisfactory operation of plant and maintenance equipment under his scope of work to the entire satisfaction of the Engineer.

6.01.02 The work shall be executed in accordance with the directions, instructions, instructions,

drawings and specifications which will be supplied to the contractor by the engineer from time to time.

6.01.03 If in the opinion of the contractor any work is insufficiently specified or requires

modifications, the contractor shall refer the same in writing to the Engineer and obtain his instructions / approval before proceeding with the work.

6.01.04 If the contractor fails to refer such instances, any excuse for the faulty erection, poor

workmanship or delay in completion shall not be entertained. 6.01.05 Equipment and material which are wrongly installed shall be removed ans reinstalled

to comply with the design requirement at the contractor’s expense, to the satisfaction of the Engineer.

6.02.00 Supervision. 6.02.01 The Engineer shall have the overall responsibility for coordination of contractor’s work

and his direction shall be final.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 24 of 49

6.02.02 Such direction and supervision however shall not relieve the contractor of his responsibility of correctness and quality of workmanship and of other obligation under the contractor.

6.03.00 Protection of work 6.03.01 the contractor shall effectively protect his work, equipment and materials under his

custody from theft, damage or tempering. 6.03.02 Finished work where required shall be suitably covered to keep it clean and free from

defacement or injury. 6.03.03 Contractor shall be held responsible for any loss or damage to equipment and

material issued to him until the same is taken over by the owner according to contract.

6.04.00 Safety measures 6.04.01 All safety rules and codes as applicable to work shall be followed without exception. 6.04.02 All safety appliances and protective devices and belts, hand gloves, aprons,

helmets, shields, goggles etc. shall be provided by the contractor for his personnel. 6.05.00 Consumables and hard wares 6.05.01 The contractor shall furnish all erection materials, hardwares and consumables

required for the completed installation. 6.05.02 The materials shall include but not limited to the following :

a. Consumable – welding electrodes, gas, oil and grease, cleaning fluids, paints, electrical tape, soldering tape etc.

b. Hardwares – bolts, nuts, washers, screw, brackets, supports, clamps, hangers, saddles, plates, seals, shims etc. c. Materials – junction boxes, terminal blocks, connectors, ferrules, lugs, brass glands, rigid / flexible conduits, cables, ground wires etc. 6.05.03 Supply of sand, stone chips etc. required for the execution of the contract shall be

responsibility of the contractor. 6.06.00 Erection tools and tackles. 6.06.01 The contractor shall provide all tools, tackles, implements, scaffolding etc. which are

required for handling and erection of the equipments and materials. 6.07.00 Taking delivery 6.07.01 The contractor shall take delivery of materials from owners store yard / shed. 6.07.02 Materials delivered shall be brought to the erection site, stored or erected as

necessary.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 25 of 49

6.07.03 Indents for materials shall be placed sufficiently in advance so as to enable the

owner to arrange for the delivery from stores in time. 6.07.04 The contractor shall submit a detailed account of material issued to him after

completion of work. 6.08.00 Installation – General 6.08.01 Installation work shall be carried out in accordance with good Engineering practices

and also manufacturer’s instructions / recommendations where the same are available. 6.08.02 Equipments shall be installed in a neat workman like manner so that it is level,

plumb square and properly aligned and oriented. 7.00.00 Grounding 7.01.01 All poles shall be grounded by continuous earth wire. 8.00.00 Foundation and civil works. 8.01.01 The contractor shall finalize the exact position of poles under the guidance of Engineer

– in – charge by actual surveying. Various works such as trimming off trees, bushes etc. and minor grading extra if required shall be done by the contractor without any extra charge to the purchaser.

8.01.02 Based on site conditions, soil conditions and the height and type of pole the size of

exacted hole shall be determined and during excavation works care shall be taken to avoid the over sizing of the hole.

8.01.03 For cement concrete work, sand, cement and stone chips of approved quality

shall be mixed in designed proportion approved by the purchaser. 8.01.04 Any cutting of masonry / concrete work which is necessary shall be done by the

contractor without any extra cost and shall be made good matching the original work. 9.00.00 Cleaning up of work site. 9.01.01 The contractor shall from time to time remove all the rubbish resulting of execution of

his work. Upon completion of work the contractor shall remove rubbish, tools, scaffoldings, temporary structure and surplus materials extra to leave the premises clean and fit for use.

10.00.00 Inspection and testing. 10.01.01 On completion of erection works the contractor shall request the Engineer for

inspection and tests with minimum 14 days advance notice. 10.01.02 The installation shall be then tested and commissioned in the presence of the

Engineer.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 26 of 49

10.01.03 All rectification, repair or adjustment work found necessary during inspection testing,

commissioning and trial run shall be carried out by the contractor without any extra cost.

10.02.00 Taking over of installation. 10.02.01 On successful testing, commissioning and trial run, the contractor shall request

Engineer in writing for taking over the installation. 10.02.02 The Engineer, on receipt of the request, shall arrange to take over the installation

either wholly or in part as the case may be after a final inspection. 10.02.03 Till such taking over, the responsibility of the whole installation against theft or damage

of any kind shall remain with the contractor. 10.03.00 Guarantee. 10.03.01 In the installation if any trouble arises due to the use of defective or faulty material

and/or bad workmanship within a period of 12 months from the date of taking over, the contractor shall guarantee to replace or repair the defective part or parts at site to the entire satisfaction of the Engineer-in-Charge free of charge.

11.00.00 To be submitted for Approval and Distribution. 11.01.01 As built dimensional drawing showing constructional features, cable entry,

grounding, fixing arrangement etc. to be submitted before handing over. 11.01.02 Any other relevant drawings data and manuals necessary for installation, operation

and maintenance. 12.00.00 Accepted make. 12.00.01 Best qualities of materials / items / equipments are to be supplied by the contractor.

Before placing the purchase order the contractor must take the approval from UCIL, regarding vendor list and specification.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 27 of 49

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 28 of 49

SECTION –VII

SPECIAL CONDITIONS

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 29 of 49

SPECIAL CONDITIONS

These will supersede other similar conditions mentioned elsewhere in this tender document/NIT: A : SCOPE OF WORK 1. Maintenance of two 33 KV overhead lines from the 33 KV JSEB sub-station at Mosabani to

Bagjata Mine. 2. Operation and Maintenance of 33 KV / 440 volts and 33KV/3.3KV sub-station at Bagjata Mines. 3. Contractor should arrange for cutting trees/bushes etc. if required at the work site. 4. Keeping the indoor sub-station and yard clean, it is the Bidder’s scope.

B : OTHER CONDITIONS

1. Completion Time :-12 (Twelve) months from the date of issue of work order.

2. Payment Terms: Quarterly/monthly running account bills will be allowed. The basis of quarterly /monthly R.A. Bill raised will be on quoted unit rate basis of each bill in 4 (four) copies.

3. Service Tax: Quoted rates should be exclusive of service tax.Toal Service tax will be 12.36% of

70% of the total contract value.Out of this service tax amount, 6.18% will be given by UCIL and 6.18 % will be given by the party.The party,s contribution of the service tax of 6.18 % as described shall be deposited by the party in the Service Tax Department. For this deposition the party must have Service tax Account Number in the Service tax department.

4. Tenure of Contract – This shall be an Item Rate Contract and shall be valid for one year from the date of placement of work order. However the contract may be extendable for another one year with all the terms and conditions remains same. The works shall have to be executed as and when required.

5. Extension of Tenure of Contract – The tenure of this contract will be extended by another one year with all the terms and conditions remain same.

6. The contractor shall pay to labour employed by him wages not less than fair wages as defined in the Contract Labour (Regulation and Abolition)Act, 1970 and rules made there under.

7. The contract shall be in respect of labour employed by him comply with or cause to be complied with the contract Labour (Regulation and Abolition) Act, 1970 and Rules made there under in regard to all matters provided there in.

8. The contractor shall comply with the provisions of the payment of Wages Act, 1936, Minimum Wages Act, 1946, Employers Liability Act, 1938, Workman’s Compensation Act 1923, Industrial Disputes Act 1947, Maternity Benefit Act, 1961and of any modifications thereof or any other Law relating thereof and rules made there under time to time.

9. The Bidder must have office in the Musabani/Bagjata area.

10. The manpower shall be for deployed for Maintenance and operation of MRS or as directed by

the Engineer-in-Charge.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 30 of 49

11. All fasteners, clamps, nuts and bolts required for completion of work is in the scope of the bidder.

12. Stone chips, sand and any other material required for grouting except cement is in the bidder’s scope.

13. The special conditions given in this section shall supersede the conditions given elsewhere in this document.

GOVERNMENT LABOUR ACT : The contractor has to follow strictly the Government Labour Acts which are and will be in force during the period of execution of work. All necessary arrangements for Labour’s security Insurance, will have to be made by the contractor at his own cost. LABOUR ESCALATION RATE : Labour escalation shall be payable under this contract. The formula for labour escalation is as follows : (Present labour rate – Labour rate as on date of opening tender) Escalation amount = 80% (X) ---------------------------------------------------------------------------- (Labour rate as on date of opening of Tender) Where , X is the amount of work done during the period of measurement of R.A. bill. Note : This escalation of manpower shall be applicable for supply of manpower only that is Annexure II of the price schedule. For the Maintenance of two 33 KV overhead lines the patrolling and fault detection in the event of a break down shall be in the scope of the Bidder. The bidder shall deploy sufficient number of personnel for patrolling, detection and rectification of faults in the overhead line. It shall be the duty of the Bidder to ensure that the in the overhead lines or the sub-station are rectified promptly such that the electric power supply to the project is restored at the earliest after any failures.

For the Operation and Maintenance of the 33 KV/440 volt Main Receiving Station at Bagjata Mine two electricians shall be deputed per shift, or as directed by the Engineer-in-Charge, the substation shall be manned in all the 3 (three) shifts. The electricians shall possess requisite experience and qualifications as per I.E. Rules.

In the event of any faults in the overhead lines it shall be the responsibility of these electricians to inform the office of the Bidder regarding the occurrence. The electricians may be allowed to use the any telephone installed in Bagjata Mine, however it is the responsibility of the Bidder to provide additional means of communicating eg. Mobile phones etc. , which may be used in the event of any failure of the available communication system.

Deployment of personnel with requisite qualification and experience in accordance the I.E. rules shall be the responsibility of the Bidder.

All tools and tackles required for the execution of the works under this contract shall be in the scope of the Bidder.It shall not be possible to provide accommodation in the Bagjata Mines premises, hence all

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 31 of 49

cosrs towards accommodations/transport of persons deployed shall be in the scope of the contractor. Cost may be furnished accordingly in the price bid.

All the works under this contract shall be performed strictly in accordance with the Indian Electricity Rules. The compliance to the aforesaid rules shall be the sole responsibility of the Bidder.

The Bidder in his own interest is advised to familiarize himself with site conditions and Scope of the work.

TO BE FILLED UP BY THE BIDDER

OFFICE ADDRESS IN MUSABANI/BAGJATA AREA :

NAME OF CONTACT PERSON :

TELEPHONE NUMBER :

MOBILE NUMBER :

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 32 of 49

SECTION –VIII

SCHEDULE – A FREE ISSUE ITEMS

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 33 of 49

Schedule – ‘A’

Materials for the free to the contractor :

Sl. No. Particulars Quantity 1. 33 KV Pin Insulator As Required 2. 33 KV Disc Insulator with Gripper -do- 3. 33 KV ‘V’ Cross Arm -do- 4. Stay Set -do- 5. Lightning Arrestor -do- 6. Cement for grouting -do- 7. 8 SWg GI wire -do- 8. MS Channel (100 X 50 X 6) -do- 9. MS Angle(65 X 65 X 6) -do-

10. Stay Wire -do- 11. Dog Conductor -do-

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 34 of 49

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 35 of 49

SECTION –IX

SCHEDULE – B CONTRACTOR’S SCOPE

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 36 of 49

Schedule – ‘B’

Contents : Annexure – I : Schedule of items for overhead line and MRS maintenance Annexure – II : Supply of Manpower.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 37 of 49

PRICE SCHEDULE

TO BE FILLED BY THE BIDDER IN TRIPLICATE

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 38 of 49

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 39 of 49

Annexure – I Schedule of items for maintenance of overhead line :

Sl. No.

Item Description Quantity Unit Rate (Rs.) Amount (Rs.) Remarks In

figures In words In figures In words

1. Installation / Replacement of 33 KV Pin insulator including supply of necessary fixing materials. This includes binding of ACSR Dog Conductor.

125 Nos.

2. Replacement of 33KV disc insulator and tensioning of Dog Conductor including supply of necessary fixing materials.

45 sets

3. Replacement of 33 KV cross arm including supply of necessary fixing material.

20 Nos.

4. Replacement of packing pieces in existing cross arm. 50 Nos.

5. Installation of PG connector for Dog Conductor including supply of necessary fixing material.

50 Nos.

6.

Installation of Stay set complete including supply of necessary fixing material. This includes digging of stay pits and grouting of stay rod in cement concrete.

35 Nos.

7. Installations of GI stay wire (7/10SWG) including supply of necessary fixing material.

0.5 MT

8. Installation of guard wire by 8SWG GI wire. 1.0 MT

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 40 of 49

Sl. No.

Item Description Quantity Unit Rate (Rs.) Amount (Rs.) Remarks In

figures In words In figures In words

9. Installation of 7/14 SWG wire for earth wire including supply of necessary fixing material.

0.5 MT

10.

Installation of back clamp for cross arm and top bracket (50 X 6 mm flat) including supply of necessary fixing material.

40 Nos.

11. Installation of DP channels (100 X 50 X 6 mm) 3 mtrs. Long eash including supply of necessary fixing material.

15 sets

12. Installation of DP channel support clamps including supply of necessary fixing material.

20 pairs

13. Installation of earth clamps for earth wire including supply of necessary fixing materials.

50 Nos.

14. Installation of side stay clamps including supply of necessary fixing materials.

50 pairs

15. Installation of angle stay clamps including supply of necessary fixing materials.

50 pairs

16. Installation of cross bracing of DP structure including supply of necessary fixing materials.

10 sets

17. Installation of clamp for cross bracing of DP structure including supply of necessary fixing material.

40 Nos.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 41 of 49

Sl. No.

Item Description Quantity Unit Rate (Rs.) Amount (Rs.) Remarks In

figures In words In figures In words

18.

Laying and tensioning of Dog Conductor including supporting, fixing on insulators in the 33KV overhead line. (Per KM consist of 3 conductors of RYB phase.)

3 KM

19.

Clearing of undergrowth from below the overhead line to keep the clearance of 3 mtrs from the lowest level of the overhead line. This shall include liasoning with the Govt. Departments/ Local Villagers as and when necessary.

3 KM

20.

Erection of rail pole 52 kg/mt. 13 mtrs long including transportation of rail poleto the erection site either from Bagjata Mines or Jaduguda Mines.

8 Nos.

21.

Replacement of 33 KV GOAB Switch form overhead line or in sub-station including incoming and out-going connections.

6 Nos.

22 Construction of earth pit as per IS 3043. This includes supply of all materials.

8 Nos.

23. Installation of lightning arrestor. 10 Nos.

24.

Muffing of rail pole on the bottom with plain concrete cement having dimension 300mmX200mmX200mm. Note :- Cement will be supplied by UCIL.

6.0 cu. Mtr.

TOTAL :-

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 42 of 49

Annexure – II Supply of Manpower

Sl. No.

Description Rate

In figures In words 1. Rate per day per shift for 1 (one) Electrician 2. Rate per day per shift for 1 (one) Electrician Asst. Total 365 days (3 shift daily) :-

NOTE : The above rate shall be for deployment of manpower at Bagjata Mines Site.

GRAND TOTAL

Sl. No.

Description Amount

1. Annexure I 2. Annexure II Total = SL. No. 1 + Sl. No. 2

Grand Total =

(In figures)

(In words)

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 43 of 49

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 44 of 49

SECTION – X

SAFETY OF THE CONTRACTOR’S EMPLOYEE

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 45 of 49

SAFETY OF CONTRACTOR’S EMPLOYEE 1.0 The contractor shall at all times take all reasonable precautions for the safety of

employees. Including those of sub-contractors in the performance of his contract and shall comply with all applicable provisions of both central as well as the State Safety Laws, in addition to the safety provisions already included the safety requirement recommended by the V.T.Centre, Jaduguda for a specific contract. In the event that the contractor fail to comply with these provision, the Engineer-in-Charge may, without prejudice to any other legal of contractual rights, issue an order stopping all or any parts of the work, thereafter a start order for resumption of work may be issued at the discretion of the contracting office. The contractor shall make no claim for an extension of time or stoppage.

2.0 Contractors shall have a full time safety office/Engineer when the contractor employs 500

or more persons or when engage in specially hazardous work. In the case of contractors employing fewer than 500 persons, his safety representative shall be employed in high supervisory capacity and his safety duties may be in addition to other technical or administrative duties.

3.0 Contractor shall have at least one person fully trained in First-Aid present at the site of work all the times.

4.0 Contractors must report to the V.T. Centre, Jaduguda through their Engineer-in-Charge every accident involving. Their personnel UCIL property or personnel Property or personnel of other contractors working on the site.

4.1 Contractor must report to V.T.Centre, Jaduguda through immediately on becoming aware of any accident of Type – A (See Apendix – 1) giving the following information.

4.1.1 Contractor shall submit their investigation reports, through their Engineer-in-Charge, to V.T. Centre immediately but not later than three working days after the occurrence of accident in the Form – A (See Appendix – 2).

4.2 On the case of Type – B accidents (See Appendix - 1). Contractor shall submit their investigation reports, through their Engineer-in-Charge, to V.T. Centre immediately but not later than three working days after the occurrence of accident in the Form – A.

4.3 Monthly summary of accidents and cases of fire shall prepared by each contractor in Form – B (See Appendix – 3) and be sent to V.T. Centre, Jaduguda by the seventh of the next month.

4.3.1 Principal contractor shall report the man days lost and occurrence of accidents under the

jurisdiction of sub-contractors.

4.3.2 Contractor shall submit a narrative report on safety activities and fire incidents for each month along with Form – B. the review should contain such items as personnel and programme change, major project started and major problems.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 46 of 49

APPENDIX – 1 Type – A

1. Fatal Injuries. 2. Serious injuries such as fracture, dislocation, severe burns etc. necessitating hospitalization. 3. Any injury to give more persons. 4. Accidents resulting in damage by fire, explosion etc.

Type – B

1. Minor injuries which result in lacorxation, contusion etc. 2. Disabling injury but not requiring hospitalization.

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 47 of 49

APPENDIX – 2 (FROM – A)

ACCIDENT INVESTIGATION REPORT Name of the Contractor and Project : Name of the Contract : Name of the Engineer-in-Charge : Name of injured person : Age : Address : Date and time of Accident occurred : Nature of Job : What was the injured person doing on time Time of accident? : Description of accident in details : What was defective or in wrong condition that was responsible for the accident? : What was wrong with working methods/ Instructions. : What steps should be taken to prevent recurrence of such accident? : Name of witnesses : 1. 2. Safety representative’s remarks with Signature and date. :

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 48 of 49

APPENDIX – 3

(FORM – B) SUMMARY OF ACCIDENT FOR THE MONTH OF : Name of the Contractor : Name of the Project : Name of the Sub-Contractor : Of the project Name of the safety representative : Total no. of person working : Date : Female : Engineers : Supervisors : Labourers : Total no. of Accidents including Type – A & B Accidents) Disabling injuries : Non-disabling injuries : Agency No. No. of days lost/Charged ……………………………. Machine Handling Materials Full of persons Hand Tools Collapse of Excavation / Structure Electric shock/burn Miscellaneous Remarks

……………………………………

N.I.T NO.-BJTA-E-OVERHEAD 2014

Page 49 of 49

Signature of Safety Representative